HomeMy WebLinkAboutR-94-0658J-94-720
8/18/94
RESOLUTION NO. 9 4- 658
A_RESOLUTION ACCEPTING THE BID OF G. FAMILY
ENTERPRISE, INC. FOR THE REMOVAL OF SOIL
STORED AT THE VIRGINIA KEY YARD WASTE
FACILITY FOR TRANSPORT TO MELREESE GOLF
COURSE FOR THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION AND SOLID WASTE AT A TOTAL
PROPOSED COST OF $298,568.50; ALLOCATING
FUNDS THEREFOR FROM PROJECT NO. 422417 TO BE
REIMBURSED BY FEMA FROM DSR 35023,
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received July 24, 1994 for the removal of soil at the Virginia
Key Yard Waste Facility ("Facility") for the Department of
General -Services Administration and Solid Waste; and
WHEREAS, invitations were mailed to nineteen (19) potential
bidders and six (6) bids were received; and
WHEREAS, the Department of General Services Administration
and Solid Waste needs to have the soil currently stored at the
Facility removed and transported to the Melreese Golf Course; and
WHEREAS, funds for this service are available from Project
No. 422417, to be reimbursed by FEMA from DSR 35023; and
CITY cor."CSSION
MEEM%G OF
SEFi"1994
Resolution No.
_94-. 658
19
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration and
Solid Waste recommend that the bid received from G. Family
Enterprise, Inc. be accepted as the lowest responsible and
responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The duly 25, 1994 bid of G. Family
Enterprise, Inca for the removal of soil currently stored at the
Virginia Key Yard Waste Facility to be transported to Melreese
Golf Course for the Department of General Services Administration
and Solid Waste at a total proposed cost of $298,588.50, is
hereby accepted, with funds therefor hereby. allocated from
Project No. 422417 to be reimbursed by FEMA from DSR 35023.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for this service.
Section 4. This Resolution shall become effective
immediately upon its adoption.
-2-
94- 658
PASSED AND ADOPTED this 8th day of September 1994.
SfEPHEN P. CIARK, MAYOR
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL O. DIAZ
DEPUTY CITY AT
APPROVED AS TO FORM AND CORRECTNESS:
A. QTfItN 0 S, I I I
CITY A T Y
ROD:osk:M4568
-3-
94- 658
CITY OF MIAMI, FLORIDA ��
INTER -OFFICE MEMORANDUM
TO . Honorable Mayor and Members DATE : AUG 25 FILE
of the City Commission
sue.iEcr : Bid No. 93-94-164-M f WBE
Removal of Soil at
Virginia Key
FROM REFERENCES
Cesa io
City ger ENCLOSURES
RECOMMENDATION:
It is respectfully recommended that the City Commission pass the
attached resolution, awarding the subject bid -Zor the removal of
soil at Virginia Key Beach to G. Family Enterprises a Black
vendor located at 643 N.E. 125th Street Miami, Florida 33161, the
lowest most responsive and responsible bidder in accordance with
Bid No. 93-94-164-M/WBE. The cost of this purchase is estimated
to be $298,568.50.
BACKGROUND:
The Department of General Services Administration and Solid Waste
has analyzed bids received pursuant to Bid No. 93-94-164-M/WBE,
for furnishing of Soil Removal at the Virginia Key Yard Waste
Facility. It is recommended that the award be made to G. Family
Enterprises the lowest most responsive and responsible bidder at
a total proposed amount of $298,568.50 Funds for project no.
422417 are to be reimbursed by FEMA from DSR 35023.
Attachments
H U 1a1 � .? 4P � y .=F 1 U C 1 1 . KJ •-f :? lJ 1�. 1 L W H O 1 t
BUDGET FAX NO. 3055' �81 P, 01
i .
CITY OF MIAMI, FI ORIDA
INTER -(OFFICE MEMORANDUM
j TO ° Judy S . Carter DATE FILE
Chief Procurement Officez
Prouuz-ement Management Division sUNECTFor the removal of
soil at the Virginia
rt� Kay Yazd Waste Facility
FARM REF�RENCE3
fRon S. Williams
Assistant CiLy Manager ENCLOCUMcs;
I
i The Department of general ScrvicasQ .Ar_tminiatration and Solid
Waste has verified with thn Department of Budget that funds are
avaiiahlp to cover the cost of the subject bid in the amount of
$298,568.50. Funds are to be reimbursed from FEMA undor DSR
35023.
BUDC9TARV REVTPW A APPROVED BYt
Mane er SUNE , AssLotant City MAIMAgAr
Department of ManagRment-
and Budget
�» ara�d tax tra�sn%t�'r me►�
7671 t M Pa4e�
post,*_
ost Itcool
i
94- 658 3
s; FLORIDA '� ,® BID NO. 93-�94-164-M/WB
7 Continued)
i
s BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
TTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
Pr' IV SECURITY IS REQUIRED, A •BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: 20 (Include cash discount for prompt payment, if any)
Additional discount of n % if awarded all items.
Warranty and/or guarantee: Not Applicable
Delivery: 3 calendar days required upon receipt of Purchase Order or Notice
of Award.
30
Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Special
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the attached bid sheet(s).
j NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S)s
I
Charles W. George CharlesW George
Kirk Tnney
a) List principal business address: (street address.)
643 N. E. 125th Street. North Miami, Flo n da 11161
b) List all other offices located in the State of Florida: (street address)
Not Applicable
(Please use the bark of this page if more space is -necessary)
MINORITY RE 11 F F.NT COMPLIANCE
The undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 as
amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with all
applicable substantive and procedural provisions therein, inc. ng any amendments thereto.
Bidder: G. Family •F.nternriSf-, Tnr Signature:, 71f
(company.name)
Date: _ July 25, 1994 Print Name:
Indicate if Business is 51% Minority -owned: (Check ,one box only)
i
[x] BLACK [ ] HISPANIC [ ] FEMALE
AFFIRSATIVE ANION pI F t?
j If firm has an existing plan, effective date of implementation: _T)pc,nml,P r i toa�
If firm does not have an existing plan, the Successful Bidder(43) shall be required to
establish -an Affirmative Action Policy, pursuant to Ordinance 06 has amended... -See Appendix
I for sample.�1r 9 4 y (b f` J
Bidder: r.. Family FntPririCP, Inr Signature:
(company name)
AILURE TO C0MP1 ETEI__S1GH_,_ANJLRELURN THIS FORM MAY -
CITY OF MIAMI
BID TABULATION FOR REMOVAL OF SOIL
BID NO. 93-94-164-M/WBE
LEWIS GREEN CONST (.B)* G FAMILY SERVICES(B) BANNERMAN LNDSCP(B)**
627 NE 83 TERR 643 NE 125 ST 901 NW 143 ST
-
MIAMI FL 33138 MIAMI FL 33161 MIAMI FL 33169
DEC RIPTIO N :
or a removal $317,200.00 $298,568.50 $83,000.00
of Soil at Virginia
Key Beach
TEMPLES HEAVY HAULING(B) HARD J CORP. AVENTURA ENG. (B)*
i
P 0 BOX 470400 99 NW 183 ST 3550 BISCAYNE BVD #404
MIAMI FL 33147 MIAMI FL 33169 MIAMI FL 33137 '
i
DESCRIPTION:
or a removal $339,921.56 $693,000.00 $386,000.00
of Soil at Virginia
Key Beach
* LOCATED WITHIN CITY OF MIAMI
** RESCINDED BID
i
C=3
�Z s
}
AWARD OF BID
Bid No.
93-94-164-
M/WBE
ITEM: Removal and disposal
of Soil stored at
the
Virginia Key Yard
Waste Facility.
DEPARTMENT: Parks and Recreation
TYPE OF PURCHASE: Short Term Contract
R A N: To remove soil
currently
stored at
the
Virginia Key Yard Waste
Facility to
be
transported and
stockpiled
at the Melreese
Golf Course.
POTENTIAL BIDDERS: 19
BIDS RECEIVED: 6
FUNDS: Project No. 422417,
to be reimbursed
by
FEMA
from DSR 35023.
BID TABULATION: G. Family Enterprises $298,568.50
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
19
6
MINORITY/FEMALE (M/F) VENDORS..........
19
0
Within City limits ..................
3
0
Registered with City ................
19
0
i
Black (B) Vendors ......................
17
6
Located within City limits..........
3
0
Registered with City ................
17
6
Female (F) Vendors .....................
2
0
Located within City limits..........
0
0
Registered with City ................
2
0
Hispanic (H) Vendors ...................
0
p
Located within City limits..........
0
0
Registered with City ................
0
0
NON MINORITY (NM) VENDORS ..............
0
0
Located within City limits..........
0
0
"No Bids" ..............................
-
p
94- 658 "?,
Reason(s) for NOT awarding to local vendor:
Local vendor did not respond to invitation to bid
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO G.
FAMILY SERVICES A BLACK/DADE COUNTY VENDOR AT
A TOTAL PROPOSED AMOUNT OF $298,568.50.
i
�D TZ�=►FURNISHING OF ALL LABOR, MATERIALS, EQUIPMENT AND
SUPPLIES NECESSATY POR THL LOADING SOIL AT VIRGINIA
!SD go.* 9 3-94- 1164-M%WBE
'WA'Tx ZrZCX) JJUULLY?5;_1994_ 11:00
7-0-7��L CIA ae�D�or�
�ov�c� ��sglsR_�_c�aeR�
LEWIS GREEN CONST. INC.
TEMPLES HEAVY HAULING INC-
G. FAMILY ENTERPRISES, INC.
AVENTURA ENG. & CONST. CORP.
HARD J. CORP.
BANNERMAN LANDSCAPING
See attached b d
+
„
_- We recei-v d only one copy of the bi
which. was s nt to Procurement Dept.
�� "` aaa?a�.-.�-.s�--•�?a�--�?�, :x;�-::�,�w,�:-1=,.�. :•��--#�a.�---��---...._....�..-_tea
a.fzc• e;i.f :,r:; ...I�;n��,�;.. i,U ..v io Ci�5 solx.:;,!on, if any,
..ram._—sr"s_��. .► �.� _ • _r—w__--_ ...re i. r.e•�`-.���r rw«sr. _-e►w.
..� _ r r — _ _ w.r f � �.� �_ .► _ w_+-- r _
_
•. — r ra-_w+�
a .�.._ea. r.: �. �. s
A
_ -------_ --- ---
o_—+�. r.---._�. •._�—__--__
—_r".—•...r
_a.r.w-+w rs.r sue.
_._—►-----r—_.r�.s__r �—re►_�.rr--_ _—r rr--_ __�..r
------------ _-_�__..__�.-..
—r--------r_w-- -- ►----_--__a —_.•w.__.r.+r;►ryL�or �.w-►+-s..v--
•_+ter+a�.v-+.4 r_—ir _�__�.—M'_�H M.s Mr ,w_rr-.r.►..��—�__.r—
T--�-MN _ _ �-_�.ia..w. �..►.r-d. r►� o�-.i4y+n � .� ►.►V.•...� ►a r►� .� sue. r _.r
U r (�arao sacaisix$ bids)
G�Aj�ol icy ka ste-Pxacurenent Division ri `� .-y _
+(City re &rtMant)~ _ �M
CitJ�ClarkD
N
LEGAL ADVERTISEMENT
BID NO. 93-9il 64-MLWBE
Sealed bids will be received by the Cj,t;.y off Mfi ni{' City Clerk at her office
located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later
than 11:00 A.M. JULY 2 1994 for the furnishing,o� all labor, materials,
equiprnnt and supplies necessary for the bi:,4d,ing, hauling and depositing of an
undetermined amount of soil located at Virginia Ivey for the Department of
General Services Administration and Solid(�V�iste.
This bid has been designated as a set --aside , limiting bidding to Black owned
firms or individuals registered and certified with. the City of Miami's
Minority/Women Business Enterprise (M/WBE) Program, in accordance with
Ordinance 10062, as amended. All vendors interested in participating must be
certified as an M/WBE by the City prior to bid submission. M/WBE certified
firms must have their certification in a valid and current status to be
eligible to bid. Proof of current certification must be submitted with bid
response.
Bids submitted past such deadline and/or submitted to any other location or
office shall be deemed not responsive and will be rejected.
MANDATORY SITE INSPECTION WILL TAKE PLACE ON JULY 14, 1994 AT 10:00 A.M. AT
THE VIRGINIA KEY -YARD WASTE FACILITY LOC MD AT 3851 RICIMNBAO ER CAUSEWAY,
FAILURE TO ATTEND THE MANDATORY SITE INSPECTION WILL DEEM YOUR BID NON-
RESPONSIVE. VENDORS ARRIVING AFTER 10.15 A.M. WILL NOT BE ALIOWED r1O ATTEND
THE CONFERENCE.
Minority and women vendors who are interested in submitting bids and who are
not registered with the City as minority or women vendors are advised to
contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor,
Telephone 575-5174.
kcal Preference Section 18-52 1(h) of the City Code as amexided, states that
the City Commission may offer to a responsible and responsive local bidder,
whose primary office is located in the City of Miami, the opportunity of
accepting a bid at the low bid amount, if the original bid amount submitted by
the local vendor does not exceed 110 percent of the lowest other responsible
and responsive bidder.
The Casty reserves the right to request copies of the occupational license,
professional and/or trade licenses, corporate charter and any other documents
to verify the location of the firm's primary office.
ALL VENDORS LOCATED WITHIN IIHE CITY OF MIA1,7: MUST PROVIDE A COPY OF THEIR
OCCUPATIONAL LICENSE WITH THEIR BIDS.
petai U, specifications for 'the bids are available upon request at the City
Procurement Office located at 1390 N.W. 20th Street.
The City Manager may reject all bids and readvertise.
(Ad No. 1489)
Cesar H. Odic,
City Manager
. .r,.. y ,., 7'. � K. , �;.. .,,, .. ��:...�_ '�2:v^ fJw; >, �. ���... 7i�",x;.�:��:; a•sr �. �Fi'� �'��,'7".e 1,.A ;i�:,o�r ,9.'��,f
t
i
-` City of Miami Ilion
REOUISITION FOR ADVERTISEMENT This number must
appear in the
advertisement.
INSTRUCTIONS: Please tyl2e and attach a coDv of the adv rtis m nt with this reaWsifion.
1. Department: 2. Division:
3. Account Code number: 4. Is this a confirmation: 5. Prepared by:
❑ _
❑ No t_ � � ..), I ,a 11
6. Size of advertisement:
_Yes_
7. Starting date: u
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Type of advertisement:
Legal ❑ Classified ❑ Dis la
11. Remarks:
12.G.S.A.
Publication
(Procur2ment
Management
USE ONLY
Date(s) of
Advertisement
Invoice No.
Amount
Miami
13.
❑ Approved
❑ Disapproved
/Department Director/Designee Date
r
Approved for Payment Date
C jGS,PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
YI . .. I - - a....v. , 0.10.7 - —P.,—,—,